Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2005 FBO #1465
MODIFICATION

23 -- Kodiak Enclosed Utility Trailer

Notice Date
11/28/2005
 
Notice Type
Modification
 
NAICS
441229 — All Other Motor Vehicle Dealers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd Suite C, Pope AFB, NC, 28308-2896
 
ZIP Code
28308-2896
 
Solicitation Number
F3M3AP5297A1
 
Response Due
12/13/2005
 
Archive Date
12/28/2005
 
Point of Contact
Paige Young, Contract Specialist, Phone DSN: 424-7083, Fax DSN: 424-5687,
 
E-Mail Address
Paige.Young@pope.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The purchase request number is F3M3AP5297A1 and the solicitation is issued as a request for quotation (RFQ) (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 05-05. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 441229, and the small business size standard is 500 employees. (v) This requirement consists of one line item: Line item (0001) Enclosed Utility Trailer – Kodiak Model KD7X12WT2 or “equal to.” Please provide specs on all “or equals.” Color: Dark blue, modified to include: tandem 5200 lb capacity axle with electric brakes, ST225/75R 15 D rated tires on 8/5.5 white spoke rims, chrome center caps, 2 – 5/16” coupler with zinc plated tongue jack, .030 smooth aluminum exterior, double heavy duty camlock rear doors, 3/8” plywood lined interior walls, 3/4” plywood floor, sand pad, breakaway switch, frame cross-members @ 24” on center, rust inhibiting chassis protection, aluminum fenders, .080 top wrap, cargo light on rear header, .030 red, additional ceiling height (6’) trailer and doors, extended tongue (18” extension), spare tire mount (exterior to include vinyl tire cover), cargo package, stoneguard, 32” side door (driver’s side), dome light, wall switch – 12 volt (at rear door), 14” X 14” non-powered roof vent, chrome front corners, linex floor, aluminum treadplate walls, 2 – storage closets and chain compartments. (vi) Description: The contractor shall furnish all plant, labor, material, equipment, facilities and transportation, except specified government furnished property necessary to perform the services described herein. (vii) FOB shall be destination, and shipping should be included in the unit price. (viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation – Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: Lowest Price Technically acceptable. Estimated Delivery date is 1 February 2005. The contractor certifies that it can meet the delivery date by submitting a quotation for all line items. (x) The provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application – ORCA – at http://orca.bpn.gov/ (xi) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 14, 15, 18, 19, 20, 23, 24, and 31. (xiii) Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov (xiv) Commerce Business Daily numbered note 1 applies to this acquisition. (xv) The solicitation due date is 13 Dec 2005, 4:30 PM EST. (xvi) The assigned Contract Specialist is 2 Lt Paige H. Young, and can be reached at 910-394-6254 or email paige.young@pope.af.mil. You may fax your quotes to 910-394-5687. Direct any questions to 2 Lt Paige Young at the number above or contact Mrs. Gail Williams at 910-394-6512. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-NOV-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/43CONS/F3M3AP5297A1/listing.html)
 
Place of Performance
Address: Pope AFB NC
Zip Code: 28308
Country: USA
 
Record
SN00938577-F 20051130/051128212510 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.